This is a Request for Information (RFI) ONLY. The U.S. Government desires to procure the full food service requirements at multiple locations as required by statute 34 C.F.R 395.33. The government requests responses to the sources sought notice to seek information in determining capabilities within the marketplace.
This notice is issued solely for information and planning purposes – it does not constitute a Request for Quotation (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this Source Sought Synopsis. The U.S.
Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will
not be returned to the responder. Not responding to this notice does not preclude participation in any future
RFQ, IFB, or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry
(GPE).
It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The GPE is located at sam.gov. BACKGROUND: The 87th Force Support Squadron requires a full food service for the dining facilities on the Dix area of Joint Base McGuire-Dix-Lakehurst, NJ. This requirement is to support the Full Food Service, Dining Facility
Attendant Services, and remote site feeding requirements at designated Dining Facilities. The Contractor shall provide quality services in support of the installation food service program supporting the warfighter with flexible, efficient, and cost- effective services through management innovations and use of industry best practices, where applicable, while ensuring compliance with all
applicable laws, rules, and regulations. These services shall be performed in buildings 5509, 5517, 5555, 5610,
5640, 5904, and 5986. Please see attachment labeled: Dix Food Service PWS 11 Mar 25 DRAFT for more information. The NAICS code assigned to this acquisition is 722310, Food Service Contractors, with a corresponding size standard of $47M.
PURPOSE OF THIS RFI:
The request for information is to determine capabilities in the marketplace.
Please note, full food service requirements are subject to both the priority established by the Randolph-Sheppard Act (RSA) and
the preferences set out in 34 C.F.R 395.33. Electronic submissions only: Responses are due no later than
12:00Pm EST on 21 March 2025 to facilitate planning and ensure maximum consideration. The email
attachments cannot exceed 9 megabytes (MB) due to the Government’s email system restrictions. DO NOT SEND
ZIPPED files as the Government’s network will remove all zipped files.
Interested business concerns should provide a brief capabilities statement package (submissions are limited to no more than 15 pages in length, single spaced, and 12 fonts minimum) demonstrating its capabilities in reference to this requirement. A generic capability statement is not acceptable. No specific format is mandated. The Government prefers that your firm submits its response in Microsoft Word, Adobe Acrobat, or a combination of both and the document must be searchable. Include:
Whether the experience has been as a prime contractor or subcontractor) on similar requirements (include the services
provided, the number of facilities involved, and any other relevant information you deem applicable).
The capability package shall be sent by email to the following:
Jeremy Botkin, Contract Specialist, at email: jeremy.botkin@us.af.mil
Adriana Dunaway, Contracting Officer, at email: adriana.dunaway.2@us.af.mil
Sarah Brown, Contracting Officer, at email: sarah.brown.53@us.af.mil
Lynn Womack, Contracting Officer, at email: lynn.womack.1@us.af.mil
In response to this Sources Sought, please provide:
1. A company profile to include name of your firm, point of contact, phone number, email address, number of employees, annual revenue history, CAGE code, and Unique Entity ID (UEI). Respondents must also indicate whether they qualify as a Small Business, SDB, 8(a), EDWOSB, WOSB, HUBZone, or SDVOSB.
2. The key tasks you believe need to be accomplished to be successful in a full food service operation. In essence, what key tasks should be used for determining minimum capability to provide these services?
3. Expressed interest in this requirement. Please provide your company’s specific experience in operating a dining facility and providing comparable services. Ensure the information is in sufficient detail regarding previous experience in managing full food service operations (indicate whether the experience has been as a prime contractor or subcontractor) on similar requirements (include the servicesprovided (food prep, facility attendants, custodial, etc.), the number of meals typically served, the number of facilities involved, and any other relevant information you deem applicable). If applicable, please provide the same experience information from any subcontracts, Joint Venture, and/or teaming partners you may propose with.
4. Provide a statement that your business meets the financial capacity to meet financial obligations.
5. How the Air Force can best structure these contract requirements to facilitate competition by and among small business concerns.